SOURCES SOUGHT
Y -- Design / Bid / Build of an Automated Multipurpose Machine Gun Range at Fort Hunter Liggett, CA.
- Notice Date
- 1/9/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-12-MPMGR-FHL
- Response Due
- 1/17/2012
- Archive Date
- 3/17/2012
- Point of Contact
- Morgan Strong, 502-315-6210
- E-Mail Address
-
USACE District, Louisville
(morgan.k.strong@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for the construction of a reduced lane (7-lane) standard design, Automated Multipurpose Machine Gun (MPMG) range. Primary facilities include a MPMG with 4-1500 meter lanes and 3-800 meter lanes, range operations and control area, range control tower renovation, operations/storage building, classroom building, latrine, bleacher enclosure, covered mess, ammunition breakdown building, and building information systems. Primary features of the range include: 103 Stationary infantry targets (SIT) 16 Moving Infantry Targets emplacements 20 Stationary armor targets 20 Iron Maiden Targets (No emplacement required) 7 Firing lanes Note: Contains 23 emplacements with 2 single arm mechanisms All targets are fully automated and the event specific target scenario is computer driven and scored from the range operations center. The range operating system is fully capable of providing immediate performance feedback to the using participants. Sustainable Design and Development (SDD) and Energy Policy Act of 2005(EPAct05) features will be provided. Supporting facilities include electric service and information systems. Contract duration is estimated at 390 Days. The estimated cost range is between $1,000,000 and $5,000,000. NAICS is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email NLT 17 January 2012 by 12:00 Noon Eastern Standard Time. Responses should include: (1) Identification and verification of the company's small business status. (2) The level of performance and payment bonding capacity that the company could attain for the proposed project. (3) Descriptions of Experience - Criteria: Provide descriptions of your firm's past experience on range complex construction projects with greater than 90% construction complete, within the last five years, which are similar to this project in scope, size, and dollar value. a. Projects considered similar in scope include: Range complexes which includes construction of range control tower, associated support buildings, and site work. This includes working in a flood plain and dealing with wetland delineation. b. Projects considered similar in size will include: New range complex construction projects with range tower and support building(s) having a combined square footage of at least 800 SF and minimum of 100 acres of range construction site work. This includes area required for mobilization, utility construction, demolition and site/grading operations. c. Projects considered similar in dollar value will include: New range complex construction projects with an original contract amount in excess of $4M. With each project experience provided, include current percentage of construction complete and the date when it was or will be completed. For each project submitted include the original contract amount, modification costs, and size of the project (combined building SF, acres of range construction sitework, etc.), any mentor prot g relationships, the portion and percentage of work that was self performed, whether the project was design/bid/build or not, and a description of how the experience relates to the proposed project. (4) A statement of the portion of the work that will be self performed on this project, and how it will be accomplished. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Morgan Strong at Morgan.k.strong@usace.army.mil or mail to The US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, and ATTN: Morgan Strong, Louisville, KY 40202-2267. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-12-MPMGR-FHL/listing.html)
- Record
- SN02651251-W 20120111/120109234510-021db136331ae43460e12b86021abb4d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |